Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
SOLICITATION NOTICE

D -- COMPREHENSIVE LARGE ARRAY-DATA STEWARDSHIP SYSTEM (CLASS) INFORMATION TECHNOLOGY (IT) SERVICES

Notice Date
9/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510
 
ZIP Code
23510
 
Solicitation Number
Reference-Number-EA133E-06-RFI-0001
 
Small Business Set-Aside
Total Small Business
 
Description
1. COMPREHENSIVE LARGE ARRAY-DATA STEWARDSHIP SYSTEM (CLASS) INFORMATION TECHNOLOGY (IT) SERVICES The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Environmental Satellite, Data, and Information Service (NESDIS) plans to establish a contract for Comprehensive Large Array-data Stewardship System (CLASS) Information Technology (IT) support services. The Government anticipates awarding a performance-based contract to support the development, engineering, integration, test, operations, and maintenance of CLASS and the Archive, Access and Distribution System (AADS). This anticipated competitive acquisition is a reissue of a previously cancelled COMMITS NexGEN Program Request for Solution (T3-0005). This notice supersedes all previous notices including the notice provided at: http://www.fbo.gov/spg/DOC/NOAA/AGAMD/CLASS070000035/SynopsisP.html. 2. SCOPE OF WORK The CLASS contractor will meet requirements for the planning, development, and subsequent operations and maintenance of a secure, highly reliable, and evolutionary environmental data storage and distribution system. These requirements are integral to NOAA mission accomplishment. Contractor support in Information Technology (IT) and IT related services is critical to the CLASS program business function. As a Performance-Based Acquisition, this contract provides for the contractor s payment and incentives to be based on meeting service levels necessary to efficiently and economically support NESDIS in maintaining and evolving CLASS. NOAA seeks a contractor that will bring a mission focus providing highly effective, secure and reliable computing and communications resources. Further, the successful contractor must also continuously identify methods for applying information technology to improve mission performance and reduce total program costs (i.e., Life Cycle Cost). NOAA seeks a contractor that brings proven expertise to identify, implement, and manage effective and efficient application and use of information technology to meet the CLASS mission. 3. BACKGROUND The CLASS program will enable NESDIS to better meet NOAA s responsibility for long-term archiving of the Nation s environmental data. The National Oceanic and Atmospheric Administration is responsible for archival storage and management of environmental data and information, and has hundreds of millions of environmental observations stored on a variety of media dating back as far as the mid-1890s. These data support the Nation s ability to ensure human safety and welfare, sustain economic stability and growth, and maintain environmental integrity. The ability to archive, integrate, access, and distribute environmental data and information is critical to the fulfillment of NOAA strategic goals. Today, there are demands on virtually all of NOAA programs to provide information on the health of the environment in real-time. The CLASS Program is NOAA s major initiative to re-engineer, modernize, and enhance the current suite of national environmental data storage and access services to better serve the current and future environmental data and information needs of the United States. Two contractors currently provide IT support to CLASS: Global Science & Technology, Inc. (formerly TMC Technologies Inc., 2110 Pleasant Valley Road, Fairmont, WV 16554-8554), 7855 Walker Drive Suite 200, Greenbelt, MD 20770-3239; and Computer Sciences Corporation (CSC), 15245 Shady Grove Road, Suite 200, Rockville, MD 20850-3222. 4. PRESOLICITATION NOTICE INFORMATION NOAA is anticipating a best-value performance-based acquisition with a potential period of performance of nine years. The anticipated period of performance includes a base year, four (4) one-year option periods and four (4) one-year award terms. NOAA anticipates awarding one contract as a result of this competition. The anticipated contract type is Indefinite-Delivery/Indefinite-Quantity (IDIQ) with task order provisions for the issuance of fixed-price and cost reimbursement task orders. This requirement is a Total Small Business Set-Aside using North America Industry Classification System (NAICS) code 541512 Computer Systems Design Services with a size standard of $23,000,000.00. The CLASS requirements are primarily computer planning and designing computer systems that integrate computer hardware, software, and communication technologies. Further instructions will follow in the CLASS Request for Proposal (RFP). The CLASS RFP and its attachments will be posted at www.fedbizopps.gov under Agency: Department of Commerce (DOC), Office: National Oceanic and Atmospheric Administration (NOAA), Location: Eastern Region Acquisition Division, Reference Number: EA133E-06-RFI-0001. A digital library of CLASS technical data will be provided through https://www.fedteds.gov. Interested parties are responsible for checking the www.fedbizopps.gov website regularly for release of the RFP and for instructions for accessing other procurement-related documents. Since all procurement-related documents will be released via the Internet, a mailing list and list of interested vendors will not be available. The CLASS RFP is anticipated for release on or about November 14, 2006. Contract award is anticipated for April-May 2007. 5. INDUSTRY DAY The NOAA Acquisition and Grants Office (AGO) invites those interested in hearing NOAA NESDIS and NOAA AGO officials as they provide an overview of the CLASS functions and procurement strategies. A **CLASS Industry Day** is scheduled for Monday, October 2, 2006 from 9:00 a.m. to 12:00 p.m. at the NOAA Satellite Operations Facility Auditorium, NOAA Satellite Operations Facility, Suitland Federal Center, Suitland, MD. The NOAA Satellite Operations Facility is located at what is shown as the Remote Delivery Facility location on the Commuter Central at Census, Parking and Gate Information Map provided at http://www.census.gov/main/www/cbmaps.html. To register, please visit http://www.ago.noaa.gov/fieldoffices/erad/erad-registration.shtml. Building access is restricted and seating will be limited to the first two-hundred (200) registrants, therefore registration is on a first-come first-served basis and a maximum of only two representatives from each company will be allowed. Registration will close on September 25, 2006. There is no registration fee associated with attending this event. Telephone reservations and inquiries will not be accepted. All vendors who respond to this announcement will receive an email confirming their attendance for the Industry Day session. The Industry Day will include a limited summary briefing on CLASS and the procurement strategy. Due to the anticipated level of interest, the Contracting Officer will not entertain requests for vendor visitations or marketing calls. 6. DIGITAL TECHNICAL LIBRARY A digital technical library for CLASS is provided at: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=EA133E-06-RFI-0001 See www.fedteds.gov for registration and access instructions. 7. SOLICITATION FOR PLANNING PURPOSES AND REQUEST FOR INFORMATION The Draft CLASS RFP is posted with this synopsis. The Government requests industry statements addressing the capability to meet CLASS requirements. In addition, the Government requests industry comment and feedback concerning: 1. anticipated contract type; 2. contemplated terms and conditions; 3. acquisition planning schedules; 4. the feasibility of the technical requirements; 5. capabilities to meet the requirements; 6. small business set-aside and ability to perform within the Limitations on Subcontracting at FAR 52.219-14; 7. the suitability of proposal instructions and evaluation criteria; 8. the availability of reference documents; and 9. suggestions or observations. Responses to this RFI are due no later than 2:00 p.m. October 6, 2006. Responses shall be sent in two hard copies to the Contracting Officer, Mr. Brendon Johnson at 200 Granby Street, Suite 815, Norfolk, VA 23510 and electronically to the Contracting Officer via email at CLASSRFI2006@noaa.gov. The electronic copy of your response must be in *.pdf format* and readable by the Adobe Acrobat Reader. Please ensure that both the electronic copy and hard copy of your responses mirror one another and contain exactly the same information. Written comments received on or before 2:00 p.m. October 6, 2006 will be considered for inclusion in the final CLASS RFP. Questions pertaining to this notice may be emailed to the Contracting Officer at CLASSRFI2006@noaa.gov. The deadline for submission of questions concerning the solicitation for planning purposes and request for information is 2:00 p.m. October 6, 2006. The responses to all questions received by this date will be posted at the http://www.fedbizopps.gov website on or about October 20, 2006. NOTE: This RFI is being issued solely for information and planning purposes and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotes (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses to this notice will not be returned. In submitting a response, you are solely responsible and accountable for all of the expenses associated with your response. The following provision is applicable to this notice and is hereby incorporated by reference: FAR 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997). The full text of this clause is available at: http://www.acquisition.gov/far/index.html.
 
Place of Performance
Address: NSOF, 4231 Suitland Road, Suitland, MD 20746
Zip Code: 20746
 
Record
SN01140566-W 20060914/060912220203 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.